SOURCES SOUGHT
R -- PHARMACY INVENTORY SERVICES
- Notice Date
- 3/9/2005
- Notice Type
- Sources Sought
- Contracting Office
- Attn: Department of Veterans Affairs, VISN 3 Network Acquisition Program, (00BSC), 130 West Kingsbridge Road, Bronx, New York 10468-3992
- ZIP Code
- 10468-3992
- Solicitation Number
- 10N3-155-05
- Response Due
- 3/17/2005
- Small Business Set-Aside
- N/A
- Description
- Seeking sources to provide physical inventory services required in VISN 3. ALL INTERESTED SOURCES CAPABLE OF PROVIDING THIS SERVICE SHOULD WRITE TO THE CONTRACTING OFFICER AT JADWIGA.KUSTRA@MED.VA.GOV AND SHOULD SPECIFY THEIR BUSINESS STATUS (i.e., large, small, SDVOSB, etc) ALONG WITH PAST VA EXPERIENCE. The following is a description of the requirement: 1.The inventory shall include all products purchased from the prime vendor as well as any direct purchases. The inventory is further limited to medication and supplies that are dispensed to patients. Items such as equipment and prescription labels and vials are excluded. 2.The inventory is limited to areas that are under the direct control of each pharmacy. 3.If products are open, the quantity should be estimated to the nearest 10th of a bottle. 4.The contractor shall determine an actual replacement cost for the inventory at each site. Some contractors utilize the McKesson Telxon to gather this information; others require a list of products costs with NCD numbers. If the contractor needs cost information, the VA facility will supply it is an Excel format. The contractor must use this to determine the replacement cost of the inventory. If the product was purchased direct, the facility will have to supply the most recent cost. 5.The contractor must be capable of providing an Excel spreadsheet with at least these data elements: a.Item name (name and strength, i.e., Ativan Img/1ml) b.Package description c.NDC d.Total quantity e.Current package price f.Total replacement cost per item per site g.Total replacement cost of all items per site 6.The contractor shall complete the inventory of all sections in one business day at each facility. 7.The contractor shall adhere to all VA security requirements. 8.Services are to be performed at the following Medical Centers: New York campus (423 E. 23rd StreetNew York, NY 10010). Brooklyn campus (800 Poly PlaceBrooklyn, NY 11209). St. Albans campus (179th St & Linden Blvd.St. Albans, NY 11425). Lyons VA (151 Knollcroft RoadLyons, NY 07939). East Orange VA (C/O Pharmacy Service385 Tremont Avenue, East Orange, NJ 07018). James J. Howard Clinic(970 Rt. 70 WestBrick, NJ 08724). Bronx VA Medical Center(130 W. Kingsbridge Road, Bronx, NY 10468. 9. Contractors shall submit a report for each facility. Note that each facility must have an individual report provided.
- Web Link
-
RFI 10N3-155-05
(http://www.bos.oamm.va.gov/solicitation?number=10N3-155-05)
- Place of Performance
- Address: VA NEW YORK AND NEW JERSEY
- Zip Code: 10468
- Country: United States
- Zip Code: 10468
- Record
- SN00765370-W 20050311/050309211735 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |